Within the framework of the 2026 Public Investment Budget (PIB), the Mayor of AKO Council “Contracting Authority” hereby launches an open National Invitation to tender FOR THE CONSTRUCTION OF A 7M SPAN BRIDGE OVER RIVER KRUMPIOH ON THE BUKU - KAKAMINDU ROAD AND THE MAINTENANCE OF ITS ACCESS ROAD, AKO COUNCIL AREA, DONGA MANTUNG DIVISION, NORTH WEST REGION.
Work to be done consists of the CONSTRUCTION OF A 7M SPAN BRIDGE OVER RIVER KRUMPIOH ON THE BUKU - KAKAMINDU ROAD AND THE MAINTENANCE OF ITS ACCESS ROAD, AKO COUNCIL AREA. The works include the following:
|
- Installation - Cleaning - Drainage - Engineering structures - Signalization - Others |
|
Name of project |
Amount of project |
Amount of bid bond |
Cost of tender file : |
|
BRIDGE OVER RIVER KRUMPIOH ON THE BUKU - KAKAMINDU ROAD |
65 000 000F CFA |
1 300 000F CFA |
130 000F CFA |
Ø Construction of A BRIDGE OVER RIVER KRUMPIOH
Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned.
The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of Public Works MINTP, for the 2026 financial year assigned to the Mayor of AKO Council as Authorizing officer with Budget Head N° JB05724
Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the AKO council, at the Divisional Delegation of MINMAP, Donga Mantung or Regional service of ARMP, North West.
The file may be obtained at the AKO Council Office, as soon as this notice is published against payment of a non- refundable sum of (130 000) one hundred and thirty thousand CFA francs, payable at the AKO Council Treasury or any other public treasury representing the cost of the tender file.
Each offer or bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a receipt at the AKO Council Office not later than 01/04/2026 at 10 a.m local time and should carry the inscription:
ʺOpen National Invitation to Tender, ʺ
N°004/ONIT/NWR/DMD/AC/ACITB/2026 OF 03/03/2026
The CONSTRUCTION OF A 7M SPAN BRIDGE OVER RIVER KRUMPIOH ON THE BUKU - KAKAMINDU ROAD AND THE MAINTENANCE OF ITS ACCESS ROAD, AKO COUNCIL AREA
«To be opened only during the bid opening session »
The offers or the bids submitted after the stipulated deadline shall not be received
Each bidder must include in his administrative documents a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance featuring in the annex of the tender file of the sum of 1,300,000 (ONE MILLION THREE HUNDRED THOUSAND) FCFA.
The provisional deposit shall be automatically released not later than 30 (thirty) days following the expiry of the validity of the bids for bidders who shall not be retained. In the case where the bidder is awarded the contract, the provisional deposit shall be released after the constitution of the final bond
Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.
The opening of the bids in one phase shall be done on 01/04/2026 at 11a.m in the conference hall of the AKO Council by the competent internal tender board.
Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.
The evaluation of the bids shall be done in three (03) steps:
Ø 1st step: Verification of the conformity of the administrative file;
Ø 2nd step: Evaluation of the technical file;
Ø 3rd step: Analysis of the financial file.
The criteria of evaluation are the following:
There are two types of evaluation criteria: eliminatory and essential criteria. The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.
14.1-Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
14.1.1- Administrative documents
· Any offer not in conformity with the prescriptions of this tender file shall be declared inadmissible. Especially the lack of the provisional guarantee;
· A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.
· Absence of a document in the administrative file;
· Absence of an attestation of site visit signed by the Service Provider in his honour;
· Absence of an attestation of categorization of enterprises;
· False declaration or falsified documents.
14.1.2- Technical file
· Incomplete or non compliant documents;
· False declaration forged or scanned documents;
· Absence of the refinancing capacity of at least ONE MILLION THREE HUNDRED THOUSAND (1.300.000) F CFA,
· Technical assessment mark lower than 75% of “Yes”.
14.1.3- Financial offer
· Incomplete financial offer;
· Non-compliant documents;
· Omission of quantified unit price in the financial offer;
· Absence of break down price.
Essential criteria:
The technical offer of the bidder shall be assessed along the following lines:
|
S/N |
Designation |
|
01 |
General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents in the order given in this tender file, quality of document. |
|
02 |
Reference of the enterprise:
|
|
03 |
Quality of Requested staff: Qualifications, experience of personnel affected to the project, CV, NIC and attestation of availability. |
|
04 |
Presence of the methodology of work execution |
|
05 |
Technical and material affected to the project: The company should justify the property of the necessary material to the execution of works. |
|
06 |
Presence of the prefinancing capacity |
The criteria relating to the qualification of candidates could be indicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
The note of the technical offer will be gotten by addition of marks for every criteria. Only the technical offer having gotten an equal or superior note to 75% of YES will be kept for the financial evaluation.
The jobbing order shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 99 of the public contracts code).
The bidders shall remain committed to their bids during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours at the AKO Council.
THE MAYOR
(Contracting Authority)